intends to award a firm fixed-price (FFP) contract for all services. The successful offeror shall provide the following Contract Line Item Numbers (CLINs) for the specified performance period. The CLINS are also detailed on Attachment 1, Proposal Coversheet.
CLIN 0001 CONTRACTED QUARTERS For September
70 double occupancy room-nights (2 queen beds) and 40 Single occupancy room-nights (one bed) for each night. Military members will check-in on 7 September 2018 and Check-out on 9 September 2018 (2 Nights). Hotel MUST be located within a 10 mile radius of Moffett Federal Airfied, CA. The Offeror may provide rooms at partner or affiliated property, but must meet (or exceed) quality of primary property and be located within the mileage indicated. The Government reserves the right to cancel up to 10% of total contracted room-nights in accordance with the hotel's standard cancellation policy at no cost. All contracted quarters shall conform to Air Force Instruction (AFI) 34-135 Air Force Lodging Program (available from
https://www.e-publishing.af.mil/), applicable California Department of Public Health regulations, and California Fire & Safety regulations.
CLIN 0002 CONTRACTED QUARTERS For October
70 double occupancy room-nights (2 queen beds) and 40 Single occupancy room-nights (one bed) for each night. Military members will check-in on 12 October 2018 and Check-out on 14 October 2018 (2Nights). Hotel MUST be located within a 10 mile radius of Moffett Federal Airfied, CA. The Offeror may provide rooms at partner or affiliated property, but must meet (or exceed) quality of primary property and be located within the mileage indicated. The Government reserves the right to cancel up to 10% of total contracted room-nights in accordance with the hotel's standard cancellation policy at no cost. All contracted quarters shall conform to Air Force Instruction (AFI) 34-135 Air Force Lodging Program (available from
https://www.e-publishing.af.mil/), applicable California Department of Public Health regulations, and California Fire & Safety regulations.
CLIN 0003 CONTRACTED QUARTERS For November
70 double occupancy room-nights (2 queen beds) and 40 Single occupancy room-nights (one bed) for each night. Military members will check-in on 2 November 2018 and Check-out on 4 November 2018 (2 nights). Hotel MUST be located within a 10 mile radius of Moffett Federal Airfied, CA. The Offeror may provide rooms at partner or affiliated property, but must meet (or exceed) quality of primary property and be located within the mileage indicated. The Government reserves the right to cancel up to 10% of total contracted room-nights in accordance with the hotel's standard cancellation policy at no cost. All contracted quarters shall conform to Air Force Instruction (AFI) 34-135 Air Force Lodging Program (available from
https://www.e-publishing.af.mil/), applicable California Department of Public Health regulations, and California Fire & Safety regulations.
CLIN 0004 CONTRACTED QUARTERS For December
70 double occupancy room-nights (2 queen beds) and 40 Single occupancy room-nights (one bed) for each night. Military members will check-in on 30 November 2018 and Check-out on 2 December 2018 (2 Nights). Hotel MUST be located within a 10 mile radius of Moffett Federal Airfied, CA. The Offeror may provide rooms at partner or affiliated property, but must meet (or exceed) quality of primary property and be located within the mileage indicated. The Government reserves the right to cancel up to 10% of total contracted room-nights in accordance with the hotel's standard cancellation policy at no cost. All contracted quarters shall conform to Air Force Instruction (AFI) 34-135 Air Force Lodging Program (available from
https://www.e-publishing.af.mil/), applicable California Department of Public Health regulations, and California Fire & Safety regulations.
The FAR provision at 52.212-1, Instructions to Offerors-Commercial applies to this acquisition. See the full text of the provision provided in Attachment 3, Applicable Provisions & Clauses, for instructions on submitting a proposal.
The FAR provision at 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Evaluation will be lowest price technically acceptable LPTA.
The FAR provision at 52.212-3, Alternate I, Offeror Representations and Certifications-Commercial Items, applies to the requirement. Offeror's are advised to submit a completed copy of the provision with their offer (see Attachment 2, Applicable Provisions & Clauses). If the offeror has completed their annual representations and certifications electronically via the System for Award Management (
www.SAM.gov) website, offerors need only complete paragraphs (b) of the provision.
The FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. No addenda have been added to this provision.
The FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders, applies to this acquisition. This clause has been incorporated with Deviation 2013-O0019 by reference.
Offerors are advised of the additional contract requirements:
IAW the Defense FAR Supplement clause at 252.232-7006, Wide Area Workflow Payment Instructions, all invoicing must be submitted via the Wide Area Workflow (WAWF) website.
52.232-18 -- Availability of Funds
Availability of Funds (Apr 1984)
Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.
The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition.
Questions regarding this solicitation must be received no later than 2:00 PM, 10 August 2018. Submit questions to both email addresses identified below.
All proposals must be submitted no later than 2:00 PM, 15 Aug 2018. It is the offeror's responsibility to ensure their proposal is received by the date and time specified. In accordance with FAR 15.208, if your proposal is not received at the initial point of entry to the Government (identified below), by the exact date and time specified above, it will be determined late and will not be evaluated. Proposal, as the term is used here, means all volumes and/or parts of the proposal. Offerors shall submit their proposal as specified below:
The Offeror may submit their proposal via email. When submitting proposals, the Offeror will need to specifically authorize send their proposals to the following persons:
MSgt Paul (Nick) Ochs (
paul.n.ochs.mil@mail.mil)
MSgt Bardia Barmaki (
bardia.barmaki.mil@mail.mil)
ATTACHMENTS
1 Proposal Coversheet (2 Pages)
2 Applicable Provisions & Clauses (6 Pages)
3 Service Contract Act Wage Determination (11 Pages)